Award

Extension - Maintenance, Support, and Decommissioning of Legacy HRA Research System

HEALTH RESEARCH AUTHORITY

This public procurement record has 1 release in its history.

Award

30 May 2025 at 17:25

Summary of the contracting process

This procurement process involves the Health Research Authority (HRA) extending an existing contract with BGO Software OOD for the maintenance, support, and decommissioning of their legacy research system, initially awarded on the basis of Regulation 72(1)(b) of the Public Contracts Regulations 2015. The process belongs to the services category within the IT industry and falls under IT consulting, software development, and internet support. Located in London, UK, this contracting stage is at the award phase, with the current extension active as of 1st May 2025, comprising an estimated additional value of £1.6 million. The original contract value was £3.7 million, making the extension fall within the permissible threshold. The extension allows for a continuation of services until 30th June 2027, with the possibility of a three-month further extension if necessary.

Businesses specialising in IT services, particularly those with expertise in custom software development, technical architecture, and systems support, have the potential to benefit from this extension's insights into new procurement opportunities. This tender particularly suits larger firms with extensive experience in managing and supporting complex legacy systems, given the critical need for seamless operation and transition. Such businesses should be prepared to offer robust support and specialised services to manage proprietary information systems, potentially positioning them favourably for future contract awards within the public sector, especially given the emphasis on continuity and bespoke service requirements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Extension - Maintenance, Support, and Decommissioning of Legacy HRA Research System

Notice Description

This Voluntary Ex-Ante Transparency (VEAT) notice does not concern an award for a new contract. It is published by the Health Research Authority (HRA) for the purpose of extending an existing contract for the development, maintenance and support of two principal and six supplementary systems/portals/sites, pending completion of a transition by the HRA to a new microservices architecture for the systems/portals/sites. The HRA will rely upon Regulation 72(1)(b) for this extension on the basis that decommissioning and transition services cannot be provided by another provider and to appoint another provider would cause significant inconvenience and substantial duplication of costs to the HRA given the intricacies of the system and the fact that work is already underway - through a separately procured delivery partner - to develop the future system. The value of the extension does not exceed 50% of the original value of the contract. Please see section II.2.4 and IV.1.1 for more detail.

Lot Information

Lot 1

The contract being extended was awarded for the provision of development, maintenance and support services for the HRA's Principal Operational Systems. These services include: * Custom software development * Technical architecture management, including software architecture design * Production, maintenance, and enhancement of Technical documentation * Software QA & QC * Software development process management * Software project management * Issue tracking and task management software (JIRA or equivalent) hosting * Development and testing environment provision and management * Software deployment management * 24/7 Windows server support and maintenance * Microsoft Internet Information Services administration. * Firewall management * Provision, management, and maintenance of source control (Microsoft TFS) infrastructure * 1st line help desk support * Helpdesk VoIP/telephony infrastructure * 2nd and 3rd line support * Systems availability monitoring * SQL Server database administration and performance tuning * Additional professional services as required The original contract award was published in the Official Journal of the European Union (OJEU) on 16 March 2016, reference number 2016/S 053-088027 (ITT60042), with a value of PS3.7m. The original contract duration was three years, with options to extend by up to two further years. In 2021, the HRA further extended the contract to 21 April 2023, valued at an additional PS1.03m, to allow time to procure replacement services and ensure critical exit and transition services. The extension relied on Regulation 72(1)(e) of the Public Contracts Regulations 2015 (PCR 2015). The HRA considered that it could also have relied upon Regulation 72(1)(b) for that extension, though it chose to rely only on Regulation 72(1)(e). In 2022, due to challenges in implementing the replacement services, the HRA revised its strategy to adopt a microservices architecture. The contract was further extended to 30 June 2025, at an additional value estimated at up to PS1.672m + VAT, to allow for a further exit/migration period, the decommissioning of the existing system and the appointment of a new delivery partner to build the new microservices architecture. The HRA relied on Regulation 72(1)(b) for that extension, on the basis that the decommissioning and transition services could not be provided by another provider for technical and economic reasons and a change of supplier would cause significant inconvenience and substantial duplication of costs to the HRA, given the intricacies of the system and the planned procurement to appoint a new provider for the future provision of similar services. The HRA then appointed a new delivery partner. The discovery phase of that delivery partner contract has made clear that the planned roadmap will not be delivered until July 2027. The HRA therefore requires a further extension of this contract to 30 June 2027, with an option to extend by a further 3 months if needed. This extension is being made under Regulation 72(1)(b), again on the basis that it is necessary to obtain additional services from the original contractor because a change of contractor cannot be made for technical and economic reasons given the need to continue operating the existing system, and as such any change of supplier would cause significant inconvenience and duplication of costs for the HRA. The modification has an estimated value of PS1.6m (and the sums paid further to the extension may well be lower than that), and so does not exceed 50% of the value of the original contract.

Procurement Information

The HRA research systems and platforms are at the core of HRA services. Continuity of these services is critical for the HRA to fulfil its statutory responsibilities as a health research regulator. The purpose of the HRA Research Systems digital transformation Programme (RSP) is to replace the existing research systems under the current contract. Previous contract extensions were intended to ensure that these systems could be maintained and progressively decommissioned by the existing provider, in parallel with the RSP's planned migration to a new platform. A strategic review of the RSP in early 2022 resulted in a decision to move away from the originally planned migration approach and instead adopt a microservices architecture. A procurement exercise for a new RSP Delivery Partner (RSPDP) in late 2022 led to the award of a new contract on 23 October 2023, with development of the new architecture initially expected to be completed within 30 months of contract commencement. However, following discovery work, the estimated completion date has been revised to July 2027. A further extension of the existing contract is therefore required to ensure continuity of service and support the phased decommissioning of existing systems in line with the revised RSP timeline. A new provider cannot realistically provide these services and cannot manage the decommissioning of the current systems due to their bespoke nature, the significant risk of data corruption or loss, and the business critical nature of these services. A technical assessment was conducted in 2022 which considered the realistic interoperability issues and timescales for transition, and confirmed that a change in contractor was likely to lead to a significant disruption to services and substantial duplication of costs. Work on a data migration strategy and mapping of the analytical needs also confirmed that the existing supplier holds significant backend system knowledge that is not readily transferable. Transitioning to a new provider would therefore not only be inconvenient and risky but would also incur substantial duplication of cost, given the time and resource the HRA would need to invest in rationalising legacy data and procuring and onboarding a new provider. Accordingly, the HRA considers that a modification of the existing contract is permitted under Regulation 72(1)(b) of the Public Contracts Regulations 2015, due to economic and technical reasons and the risk of significant inconvenience and cost. The price increase in relation to this extension is up to PS1.6m against an original contract value of PS3.7m. This is within the 50% threshold set out in Regulation 72(1)(b). N.B. the sums actually paid further to the extension may well be lower than PS1.6m. In the interests of transparency around the modification to the existing contract, the HRA is voluntarily publishing this notice.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-052a24
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028949-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48600000 - Database and operating software package

48800000 - Information systems and servers

72000000 - IT services: consulting, software development, Internet and support

72200000 - Software programming and consultancy services

72320000 - Database services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,600,000 £1M-£10M

Notice Dates

Publication Date
30 May 20258 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
30 Apr 20259 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
HEALTH RESEARCH AUTHORITY
Contact Name
Claire Luu
Contact Email
commercial@hra.nhs.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
E20 1JQ
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
Not specified

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

Supplier Information

Number of Suppliers
1
Supplier Name

BGO SOFTWARE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-052a24-2025-05-30T18:25:44+01:00",
    "date": "2025-05-30T18:25:44+01:00",
    "ocid": "ocds-h6vhtk-052a24",
    "initiationType": "tender",
    "tender": {
        "id": "C100985",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Extension - Maintenance, Support, and Decommissioning of Legacy HRA Research System",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "This Voluntary Ex-Ante Transparency (VEAT) notice does not concern an award for a new contract. It is published by the Health Research Authority (HRA) for the purpose of extending an existing contract for the development, maintenance and support of two principal and six supplementary systems/portals/sites, pending completion of a transition by the HRA to a new microservices architecture for the systems/portals/sites. The HRA will rely upon Regulation 72(1)(b) for this extension on the basis that decommissioning and transition services cannot be provided by another provider and to appoint another provider would cause significant inconvenience and substantial duplication of costs to the HRA given the intricacies of the system and the fact that work is already underway - through a separately procured delivery partner - to develop the future system. The value of the extension does not exceed 50% of the original value of the contract. Please see section II.2.4 and IV.1.1 for more detail.",
        "lots": [
            {
                "id": "1",
                "description": "The contract being extended was awarded for the provision of development, maintenance and support services for the HRA's Principal Operational Systems. These services include: * Custom software development * Technical architecture management, including software architecture design * Production, maintenance, and enhancement of Technical documentation * Software QA & QC * Software development process management * Software project management * Issue tracking and task management software (JIRA or equivalent) hosting * Development and testing environment provision and management * Software deployment management * 24/7 Windows server support and maintenance * Microsoft Internet Information Services administration. * Firewall management * Provision, management, and maintenance of source control (Microsoft TFS) infrastructure * 1st line help desk support * Helpdesk VoIP/telephony infrastructure * 2nd and 3rd line support * Systems availability monitoring * SQL Server database administration and performance tuning * Additional professional services as required The original contract award was published in the Official Journal of the European Union (OJEU) on 16 March 2016, reference number 2016/S 053-088027 (ITT60042), with a value of PS3.7m. The original contract duration was three years, with options to extend by up to two further years. In 2021, the HRA further extended the contract to 21 April 2023, valued at an additional PS1.03m, to allow time to procure replacement services and ensure critical exit and transition services. The extension relied on Regulation 72(1)(e) of the Public Contracts Regulations 2015 (PCR 2015). The HRA considered that it could also have relied upon Regulation 72(1)(b) for that extension, though it chose to rely only on Regulation 72(1)(e). In 2022, due to challenges in implementing the replacement services, the HRA revised its strategy to adopt a microservices architecture. The contract was further extended to 30 June 2025, at an additional value estimated at up to PS1.672m + VAT, to allow for a further exit/migration period, the decommissioning of the existing system and the appointment of a new delivery partner to build the new microservices architecture. The HRA relied on Regulation 72(1)(b) for that extension, on the basis that the decommissioning and transition services could not be provided by another provider for technical and economic reasons and a change of supplier would cause significant inconvenience and substantial duplication of costs to the HRA, given the intricacies of the system and the planned procurement to appoint a new provider for the future provision of similar services. The HRA then appointed a new delivery partner. The discovery phase of that delivery partner contract has made clear that the planned roadmap will not be delivered until July 2027. The HRA therefore requires a further extension of this contract to 30 June 2027, with an option to extend by a further 3 months if needed. This extension is being made under Regulation 72(1)(b), again on the basis that it is necessary to obtain additional services from the original contractor because a change of contractor cannot be made for technical and economic reasons given the need to continue operating the existing system, and as such any change of supplier would cause significant inconvenience and duplication of costs for the HRA. The modification has an estimated value of PS1.6m (and the sums paid further to the extension may well be lower than that), and so does not exceed 50% of the value of the original contract.",
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48600000",
                        "description": "Database and operating software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48800000",
                        "description": "Information systems and servers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72320000",
                        "description": "Database services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "The HRA research systems and platforms are at the core of HRA services. Continuity of these services is critical for the HRA to fulfil its statutory responsibilities as a health research regulator. The purpose of the HRA Research Systems digital transformation Programme (RSP) is to replace the existing research systems under the current contract. Previous contract extensions were intended to ensure that these systems could be maintained and progressively decommissioned by the existing provider, in parallel with the RSP's planned migration to a new platform. A strategic review of the RSP in early 2022 resulted in a decision to move away from the originally planned migration approach and instead adopt a microservices architecture. A procurement exercise for a new RSP Delivery Partner (RSPDP) in late 2022 led to the award of a new contract on 23 October 2023, with development of the new architecture initially expected to be completed within 30 months of contract commencement. However, following discovery work, the estimated completion date has been revised to July 2027. A further extension of the existing contract is therefore required to ensure continuity of service and support the phased decommissioning of existing systems in line with the revised RSP timeline. A new provider cannot realistically provide these services and cannot manage the decommissioning of the current systems due to their bespoke nature, the significant risk of data corruption or loss, and the business critical nature of these services. A technical assessment was conducted in 2022 which considered the realistic interoperability issues and timescales for transition, and confirmed that a change in contractor was likely to lead to a significant disruption to services and substantial duplication of costs. Work on a data migration strategy and mapping of the analytical needs also confirmed that the existing supplier holds significant backend system knowledge that is not readily transferable. Transitioning to a new provider would therefore not only be inconvenient and risky but would also incur substantial duplication of cost, given the time and resource the HRA would need to invest in rationalising legacy data and procuring and onboarding a new provider. Accordingly, the HRA considers that a modification of the existing contract is permitted under Regulation 72(1)(b) of the Public Contracts Regulations 2015, due to economic and technical reasons and the risk of significant inconvenience and cost. The price increase in relation to this extension is up to PS1.6m against an original contract value of PS3.7m. This is within the 50% threshold set out in Regulation 72(1)(b). N.B. the sums actually paid further to the extension may well be lower than PS1.6m. In the interests of transparency around the modification to the existing contract, the HRA is voluntarily publishing this notice."
    },
    "awards": [
        {
            "id": "028949-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-149850",
                    "name": "BGO Software OOD"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-149849",
            "name": "Health Research Authority",
            "identifier": {
                "legalName": "Health Research Authority",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "2nd Floor, 2 Redman Place, Stratford",
                "locality": "London",
                "region": "UKI41",
                "postalCode": "E201JQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Claire Luu",
                "email": "commercial@hra.nhs.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.hra.nhs.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-149850",
            "name": "BGO Software OOD",
            "identifier": {
                "legalName": "BGO Software OOD",
                "id": "200119953",
                "schemeEntered": "Bulgarian Commercial Register"
            },
            "address": {
                "streetAddress": "251E Okolovrasten Pat blvd., fl. 15,",
                "locality": "Sofia",
                "region": "BG",
                "postalCode": "1766",
                "countryName": "Bulgaria"
            },
            "contactPoint": {
                "email": "ivailo.ivanov@bgosoftware.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.bgosoftware.com",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-12367",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079476000"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-149849",
        "name": "Health Research Authority"
    },
    "contracts": [
        {
            "id": "028949-2025-1",
            "awardID": "028949-2025-1",
            "status": "active",
            "value": {
                "amount": 1600000,
                "currency": "GBP"
            },
            "dateSigned": "2025-05-01T00:00:00+01:00"
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:088027-2016:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}